Download as pdf or txt
Download as pdf or txt
You are on page 1of 60

1

SUPPORT SERVICES DEPARTMENT, C O –ANNEX HYDERABAD

Tender Ref No. SSD/ANNEX-HYD/4/2020 Date: 02.01.2021

REQUEST FOR PROPOSAL (RFP) -

TENDER OF PROVIDING PEST CONTROL SERVICES AT BANK’S


ADMINISTRATIVE OFFICES , EXECUTIVE BUNGALOWS &
RESIDENTIAL QUARTERS IN HYDERABAD.

Contract Period: 1 Year from the date of award of contract


extendable for another two terms on yearly basis.

NAME AND ADDRESS OF THE CONTRACTING AGENCY

____________________________________

____________________________________

____________________________________
Contact Phone / Mobile no. :_____________
E-mail ID :_____________________________

Tender Start Date : 02.01.2021

Pre bid Meeting : 12.01.2021 at 11.30 am at SAIFABAD – SSD

Last date for submission : 22.01.2021 on or before 3.00 pm


Date of Opening of Tender : 22.01.2021 at 3.30 pm

Seal & Signature of the Bidder


2

Disclaimer

Union Bank of India (the Bank), Support Services Department, CO Annex - Hyderabad
has prepared this tender document. The information is provided to prospective bidders,
who intend to participate in tendering for providing pest control services for Union Bank
of India for which this tender has been issued, as per the terms and conditions set out
in this tender and any other terms & conditions related to such information. This tender
is neither an agreement, nor invitation to perform work of any kind to any party.

The purpose of this tender is to provide requirement of the Bank to all interested parties
for submitting their bids. While Bank has taken due care in the preparation of the
information contained herein, it does not claim that the information is exhaustive.
Respondents to this tender are required to make their own inquiries and they should
not rely solely on the information contained in the blank tender documents / forms.
The Bank is not responsible if no due diligence is performed by the Respondents.

Union Bank of India reserves the right to alter, amend, update or supplement the
information reflected in this document or to change the process or procedure to be
applied. It also reserves the right to decline bids without assigning any reason thereof.

No reimbursement of cost of any type or on any account will be paid to persons or


entities submitting their tenders.

Seal & Signature of the Bidder


3

SUPPORT SERVICES DEPARTMENT, C O –ANNEX HYDERABAD

TENDER OF PROVIDING PEST CONTROL SERVICES AT BANK’S ADMINISTRATIVE


OFFICES , EXECUTIVE BUNGALOWS & RESIDENTIAL QUARTERS IN HYDERABAD.

Union Bank of India, a leading Public Sector Bank invites sealed tenders in prescribed
format in a two-bid system (Pre-qualification cum Technical Bid (Part I) and Price Bid
(Part II) separately) from eligible Hyderabad based agencies who are the members of
IPCA (Indian Pest Control Association) / PCAI (Pest Control Association of India) and also
having experience of execution of pest control treatment in residential & office
buildings. Bank is desirous to appoint such agencies/firms for Annual Maintenance
Contract for Pest Control Services at Administrative buildings & Executive bungalows as
per the schedule given below:

ISSUE OF TENDERS : 02.01.2021 onwards

LAST DATE OF SUBMISSION : 22.01.2021 upto 03:00 PM

PREBID MEETING : 12.01.2021 at 11.30 AM

TENDER OPENING DATE : 22.01.2021 at 03:30 PM

PLACE OF PREBID MEETING & bid submission : Chief Manager,


Support Services Department
Union Bank of India, Pattabhi Bhavan
Saifabad, Hyderabad-500004

Although the scope of work/services to be provided is for three years, Performance


will be reviewed on yearly basis and contract may be continued for further period
only if the Performance of the contractor in 1st year is found satisfactory and
discretion to renew the contract for further period will be solely of the Bank.

Tender forms can be collected from the above address during working hours of all the
working days of the week from 02.01.2021 to 22.01.2021 on payment of tender fee of
Rs. 3,000/- (non-refundable by way of pay order / Demand Draft favouring Union Bank

Seal & Signature of the Bidder


4

of India, payable at Hyderabad). The detailed information, eligibility norms and tender
document is available on Bank’s website www.unionbankofindia.co.in and
www.eprocure.gov.in. However the application forms downloaded from the websites
shall be accompanied by Pay order / Demand Draft issued by any nationalized bank
amounting to Rs. 3,000/- non-refundable drawn in favour of Union Bank of India,
payable at Hyderabad towards cost of tender document. Tender documents sent by
Post/courier will not be entertained.

The Bank reserves the right to reject any or all tender applications without assigning
any reasons whatsoever. The decision of the Bank shall be final, conclusive and binding
on all the parties.

This notice is not a recommendation, offer or invitation to enter into a contract,


agreement or any other arrangement, in respect of the services. The provision of the
services is subject to observance of selection process and appropriate documentation
being agreed between the Bank and any successful Bidder as identified by the Bank,
after completion of the selection process as detailed in this document. No contractual
obligation whatsoever shall arise from this process unless and until a formal contract is
signed and executed by duly authorized officers of Union Bank of India with the selected
Bidder.

Chief Manager

Seal & Signature of the Bidder


5

SCHEDULE OF EVENTS

1 Tender Enquiry No. SSD/Hyd/Pest control /_04_/2020 DATED: 02.01.2021


Bid document can be downloaded from Bank’s website
www.unionbankofindia.co.in & govt. portal
2 Bid document availability
www.eprocure.gov.in from 10.00 am on 02.01.2021 to
1:00 pm on 22.01.2021 .
Date: 11.01.2021 till 5.00 pm (All communication
Last date for requesting regarding any queries requiring clarifications shall be
3
clarification given in writing : gad@unionbankofindia .com /
gad@andhrabank.co.in
Pre-bid meeting Date: 12.01.2021 Time 11.30 AM
4 Venue: 4 th floor , Support Services Department , Pattabhi
Bahavan , Saifabad , Hyderabad , 500 004
Last date of submission of Bids In tender box kept the address shown in Sr. No. 8
5
Date: 22.01.2021 Time: 3.00 PM
Date: 22.01.2021 Time 3:30 PM
Authorized representatives of bidders are advised to be
Date and time of opening of Pre- present during opening of Pre-qualification cum technical
6
qualification cum technical bid bids. However, pre-qualification cum technical bids would
be opened even in the absence of any or all of the
representatives of bidders.
On a subsequent date which will be communicated to such
7 Opening of Commercial Bids
bidders who qualify in the PQ cum Technical Bid
The Chief Manager , Support Services department
Address for Communication and
8 4 th floor , Pattabhi Bhavan , Union Bank Of India
Submission of Bid
Door No 5-9-11 , Saifabad , Hyderabad – 4
9 Telephone No. 040-23252439/2444/2414
Fees for RFP document
10 Rs. 3,000/- (Rs. Three thousand only)
(non refundable)
Rs. 13,000/- ( Rupees Thirteen thousand only ) by
Earnest money Deposit
11 Demand Draft or Pay order drawn in favour of Union Bank
(EMD Amount)
of India payable at Hyderabad
10 % of value of contract per annum
12 Security Deposit (To be submitted by successful bidder within a week of
award of work)
13 Estimated Cost Rs 6.50 lacs per annum
Name of the Firm/Company
Contact Person
Mailing Address with Pin Code
14 Bidder Contact Details:
Telephone No. and Fax No.
Mobile No.
E-mail
All correspondence relating to
15 this RFP should be sent to gad@andhrabank.co.in / gad@unionbankofindia.com
following email ids.

Seal & Signature of the Bidder


6

PART I - PRE-QUALIFICATION CUM TECHNICAL BID

INDEX

Sr. Page No/s.


Section Contents
No. From To

1 Section - I RFP , Tender Notice 1 10

Bidder’s Application , Certificate and


2 Section- II 11 14
disqualifying conditions

Pre-qualification cum eligibility criteria,


3 Section - III 15 17
bid evaluation

Bio-data of Contracting Agency,


4 Section - IV Declaration and formats of performance 18 27
reports

5 Section - V Scope of Work and Additional Conditions 28 35

6 Section - VI Special Instructions to the tenderer 36 41

7 Section - VII Draft Agreement 42 49

PART II- PRICE BID

INDEX

Sr.
Section Contents Page No/s.
No.

1 Section - I PRICE BID 50 60

Seal & Signature of the Bidder


7

SECTION I: TENDER NOTICE

Subject: TENDER OF PROVIDING PEST CONTROL SERVICES AT BANK’S


ADMINISTRATIVE OFFICES & EXECUTIVE BUNGALOWS IN HYDERABAD.

1. Union Bank of India, a leading nationalized Bank invites sealed tenders for providing
Pest Control Services at Bank’s Administrative Offices & Executive Bungalows ,
Residential Quarters in Hyderabad.

2. Interested individuals/ companies/ firms may obtain the application forms on


payment of Rs. 3,000/- (non-refundable) by way of pay order / Demand Draft
favouring Union Bank of India, payable at Hyderabad during working hours from
02.01.2021 to 22.01.2021 from below address. The application forms are also
available during aforesaid period on bank’s website at www.unionbankfoindia.co.in
and www.eprocure.gov.in. However the application forms downloaded from the
websites shall be accompanied by Pay order / Demand Draft issued by any
nationalized bank amounting to Rs. 3,000/- (non-refundable) drawn in favour of
Union Bank of India, payable at Hyderabad.
3. Issue of blank tender document / refusal to issue will be at the sole discretion of
the Chief Manager , Support Services Department, Central Office Annex Hyderabad.
4. The tenderers are required to complete form of tender, price the schedule of
quantities and sign each page of tender documents before submission, in token of
having read and accepted the terms and conditions. The completed set of tender
(Pre-qualification cum Technical Bid in Envelope ‘A’ and Commercial/Price Bid
in Envelope ‘B’) is to be enclosed in a sealed envelope ‘C’ superscribed as
“Tender for Pest Control Services in Union Bank” and addressed to :
Chief Manager,
Support Services Department
Union Bank of India, Pattabhi Bhavan, 5-9-11
Saifabad, Hyderabad-500004

Tenders will be received upto 15.00 hours on 22.01.2021 . No tender will be received
after the expiry of the time notified for receiving tenders under any circumstances
whatsoever.
5. The tender will be opened at 15.30 hours on 22.01.2021 at above address in the
presence of authorized representative of contracting agency.
6. Tender shall remain valid for acceptance for a period of 90 days from the notified
last date of tender submission.

Seal & Signature of the Bidder


8

7. Bank has the right to reject / select one or more agencies. The Bank does not bind
itself to accept the lowest or any tender and reserves the right to reject any or all
tender received without assignment of any reasons thereof. The decision of the Bank
shall be final, conclusive and binding on all the parties.
8. The tender rate against each item of work / price indicated in the schedule of
quantities and rates / price should be indicated both in words and figures. In case
of any discrepancy, the rates indicated in words would prevail.
9. The rates quoted against each item of work / price should be for the complete
finished item of work and include all labour, material, taxes, overhead, duties, etc.
Any statutory change in the tax structure/duties after opening of the tender shall
be reimbursed by the Bank as per actual. GST will be paid extra.
10. Each tender shall be accompanied by Earnest Money of Rs. 13,000/- (Rupees
Thirteen thousand only) in the form of Pay Order / Demand Draft in favour of Union
Bank of India, payable at Hyderabad. Tenders without Earnest Money & application
fee shall be summarily rejected.
11. The earnest money deposited shall not carry any interest and will be refunded to
the unsuccessful tenderers after completion of process. Earnest money paid by the
successful contractor will be retained by the Bank as a security deposit till
completion of the work and will be released upon satisfactory completion of
assignment. In case of default or nonpayment of wages to workers, the security
deposit will be encashed to fulfill the liability of the contractor.
12. Earnest money paid by contractor shall be forfeited by the Bank if contractor fails
to undertake the job if he has been communicated about acceptance of his rates.
13. Successful bidder shall deposit 10 % of contract value per annum as security deposit
by way of demand draft. This will be returned only after completion of contract
period . No interest will be paid on EMD & security deposit. Penalty towards of
deficiency of services will be adjusted from EMD & Security deposit , if required .
14. Tender should be free from corrections/erasures, erasing, over-writing of any
information including quoted rates shall render the tender void. All corrections/
erasures should be clear, legible and signed in full by the authorized signatory,
failing which the tender shall not be considered.
15. Tenderers are advised to carefully read and understand the complete scope/ value
and volume of the contract involved before submitting their tenders. In general,
tenderers shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender.
A tendered shall be deemed to have full knowledge of the Site, whether he inspects

Seal & Signature of the Bidder


9

it or otherwise. Submission of a tender by a tenderer implies that he has read this


notice and all other contract documents and has made himself aware of the scope
and specifications of the work to be done and of conditions, rates and other factors
bearing on the execution of the works. No clarifications will be entertained after
submitting the tenders.
16. All tenders in which any of the prescribed conditions are not fulfilled or incomplete
in any respect are liable to be rejected. If the space provided in the Proforma is
insufficient for giving full details, the same may be given on a separate sheet of
paper. Tenderers are to ensure that tender form shall be submitted strictly in the
format as mentioned along with the supporting documents.
17. Information / details furnished by selected Contractors / suppliers / professionals /
vendors, if found to be false at any time in future or any information, affecting
tenders is willingly / unwillingly withheld, if comes to the notice of the Bank at any
point of time, the tenders of Contractors / suppliers / professionals / vendors can
be cancelled immediately.
18. Wherever copies are required to be furnished, these should be self certified copies.
19. The tender shall be submitted in 3 envelopes as under:
Envelope A – shall contain Part I of the Tender i.e. Technical Bid, Application
Fee and EMD.
Envelope B – shall contain Part II of the Tender i.e. Price Bid.
Envelope C - shall contain envelopes A & B and superscribed as “Tender for Pest
Control Services in Union Bank”.

20. The minimum eligibility criteria have been clarified in technical bid. Agencies
fulfilling the criteria will be selected for opening of price bid. Team of the Bank
officials will visit the referred sites mentioned by the bidder, if required, to verify
quality of services provided by them. Unopened price bid of those not satisfying the
criteria will be returned.
21. Bank shall have the right to cross verify and ascertain all the information submitted
and seeking confidential reports from the previous clients before short listing the
applicants. No separate intimation shall be sent to the bidders for their presence at
the time of opening of technical bid. Only one representative shall be allowed to
present during the opening of the bid.
22. This tender notice shall form part of the contract documents.
23. Bidders have to keep checking our website for any additional instructions
/Addendum, if any till 48 hours of tender submission time. Bidders who quote tender
without attaching tender or the addendum if any will be rejected. No separate

Seal & Signature of the Bidder


10

notice will be published in the newspaper regarding any additional


instructions/Addendum, if any.

24. If required , services of empanelled vendors will be utilized for any of other Banks
buildings . Validity of empanelment is for a period of 3years from the date of
empanelment . However , Bank reserves the right to consider the panel OR to for new
panel as per the merits of the requirement and credentials of the empanelled firms

25. Bidders shall be able to take up Covid disinfection treatment in the Banks buildings
as mentioned in the tender . Financial quote for undertaking this treatment is
invited along with price bid in the form of “ RATE ONLY ITEM “ . This will not be
considered for arriving at “ L1 for present scope of work i.e. pest control treatment
services “ . By calling so , Bank do not guarantee for entrusting the said work to any
of the bidders . Bank reserves the right to entrust covid disinfection treatment to
any of the bidders OR outside agencies OR call the limited tenders among the
empanelled bidders thus formed now depending upon the severity of the Pandemic
and necessity of undertaking regular treatment .

26. Applicants registered as MSME/NSIC/Udyog Aadhaar under Single Point Registration Scheme
are exempted from depositing cost of RFP / EMD provided they attach self attested copy of
the relevant certificate clearly mentioning specified capacity , field of operation &
monetary limit from the concerned Government Department to this effect with technical
bid. The certificate should be duly valid as on date of opening of the RFP. However,
exemption is only for Tender document fees & EMD. Security Deposit in the form of Demand
Draft/Bank Guarantee as per the RFP document shall be submitted by the successful bidder.

26. Any Bid not accompanied by RFP document fee and EMD amount, as mentioned above and
proof of exemption under point (26) above, will be rejected by the Bank, as non-responsive.
Similarly , conditional offers also will be rejected .

28. Bank reserves the right to assess the rates quoted by the bidders whether they are workable
/ genuine and to take an appropriate decision in award of contract for the said
contract .In this regard , no claims / correspondence will be entertained .

29. For any query / clarification regarding the tender documents/ terms & conditions,
the bidder may approach the following officials:
Chief Manager,
Support Services Department
Union Bank of India, Pattabhi Bhavan
Saifabad, Hyderabad-500004
Contact No.: 040-2325 2444 / 2439
E-mail ID: gad@unionbankofindia.com

Seal & Signature of the Bidder


11

SECTION II - BIDDER’S APPLICATION


(On bidder’s letter head)
To,

Chief Manager,
Support Services Department
Union Bank of India, Pattabhi Bhavan
Saifabad, Hyderabad-500004

Sir,

Sub: Application/Offer towards pre-qualification cum technical bid for Providing


Pest Control Services At Bank’s Administrative Offices & Executive Bungalows In
Hyderabad.

I / We have read and understood the pre-qualification notice and instructions to the
Applicants and submit my / our applications duly filled and complete in all respects
according to the Proforma for Bank’s consideration. I / We further understand that
pre-qualification and selection of Contractor for Pest Control Services will be in
accordance with Banks terms and conditions subject to the authority of the Bank to
alter or amend the same keeping in view of the exigencies of the work. I / We do hereby
declare that the information furnished in the Proforma and in the supplementary sheets
is correct to the best of my / our knowledge and belief.

On getting the work, the sites will be examined ourselves as to various conditions
stated; I/we hereby offer to execute the works at the respective rates which I/we have
quoted in the Commercial offer. I/We herewith deposit Rs 13,000/- (Rupees Thirteen
thousand rupees only) by Demand Draft or Pay order drawn in favour of Union Bank of
India payable at Hyderabad as Earnest Money Deposit as bid security.

In the event of this tender being accepted, I/we agree to enter into and execute the
necessary contract required by the Bank. I/We do hereby bind myself/ourselves to Bank
authority to forfeit the aforesaid deposit of Rs.13,000/- in the event of our refusal or
delay in signing the Contract Agreement. I/we further agree to execute and complete
the work as per the time frame stipulated in the tender document.

I/we agree to pay all applicable taxes prevailing and be levied from time to time on
such work for which the same are leviable and the rates quoted by me/us in the
commercial offer. I/we understand that Bank is not bound to accept the lowest tender

Seal & Signature of the Bidder


12

or bound to assign any reasons for rejecting our tender. I/we further understand that
Union Bank of India may award contracts to more than one agencies / firms who are
empanelled and that I/we shall make no claims if Union Bank of India accept only a
part of my/our tender. We unconditionally agree to Union Bank of India preconditions
as stipulated in the tender documents.
In case of any discrepancy in execution of subject work (if work awarded to me/us) as
per tender terms Bank reserves the right to terminate our contract and forfeit the
Earnest money deposit/Security Deposit paid by us in additions to recovery of all the
dues to the Bank from the payment receivable by us. Further we may also be barred
from tendering in future for the Bank and its Offices. Union Bank of India reserves the
right to blacklist a bidder for a suitable period in case the bidder fails to honor its bids
as per terms and condition of this tender.

I/we enclose demand draft/pay order No. __________dated ______________issued by


_________________________________(Name of the bank & branch) payable at Mumbai
in favour of Union Bank of India for Rs.13,000/- (Rs. Thirteen thousand Only) towards
Earnest Money deposit. Any Commercial discloser in the Envelope will disqualify me/us
without any further scrutiny.

I/we enclose herewith the completed tender documents duly signed

Yours faithfully,

Signature

Name:
Organization:
Designation
Contact no.
Seal:

Seal & Signature of the Bidder


13

CERTIFICATE

I hereby certify that I have studied scope of work and all the terms and conditions of
the tender document, understood the same and hereby accept the same and signing
this document as an authorized signatory in the capacity of
Proprietor/Partner/Director.

Date :_____________ ____ Signature & seal of the firm:________________________

Place :________________ Name & Designation:______________________________

Phone No.______________ E-Mail:__________________________________________

Seal & Signature of the Bidder


14

Disqualification Conditions :

2.1 BIDDERS/CONTRACTORS should not have adverse record in any of the institutions
where he has been serving / served in the past with regard to services provided.

2.2 BIDDERS/CONTRACTORS, whose contract with the BANK, or any Department of


Central / State Government or any other Public Sector Undertaking, has been
terminated before the expiry of the contract period at any point of time during
last five years, will be ineligible.

2.3 BIDDERS/CONTRACTORS whose Earnest Money Deposit and/or Security Deposit


have been forfeited by UNION BANK or any Department of Central / State
Government or any other Public Sector Undertaking, during the last five years,
will be ineligible.

2.4 If the Proprietor /any of the Partners of the BIDDERS/CONTRACTORS Firm/any of


the Director of the BIDDERS/CONTRACTORS Company has been, at any time,
convicted by a court for any offence and sentenced to imprisonment, such
BIDDERS/CONTRACTORS will be ineligible.

2.5 While considering ineligibility arising out of any of the above clauses, incurring of
any such disqualification in any capacity whatsoever (even as a Proprietor, Partner
in another Firm, or as Director of a Company etc.) will render the BID disqualified.

Seal & Signature of the Bidder


15

SECTION III: PRE-QUALIFICATION CUM ELIGIBILITY CRITERIA:

Estimated Cost: Rs. 6.50 Lac per annum

Bidders meeting the following criteria are eligible to submit their Bids along with supporting
documents. If the Bid is not accompanied by all the required documents supporting eligibility
criteria, the same would be rejected.

SrNo Eligibility Criteria Documents to be submitted


The bidder must be a Firm/ -In case of Proprietorship concerns, Copy
Proprietary/Partnership/LLP/Compan of Shop License /Registration and the
y registered under Companies Act with GST Registration certificate.
an experience of minimum 7 years’ -In case of firms, Copy of the firm
experience (as on 31.03.2020 ) in the registration Certificate and GST
field of pest control business in Registration.
1 Govt./Public Sector Undertaking -In case of LLP/ company, Copy of
/Private corporate house /Staff Certificate of Incorporation issued by
Training Centres of PSB/PVT Registrar of Companies and full address
Corporates/Govt Organization etc/ of the registered office plus GST
hospitals / hotels etc registration certificates.

The contractor should have Registered Address Proof /Relevant certificate of


2 /Corporate/Branch office in the form should be submitted.
Hyderabad / Secunderabad twin cities
Minimum average annual revenue must (i)Copies of the audited P&L Account and
be of Rs. 10 lacs from pest control Balance Sheet duly certified by the
business during last 3 financial years Charted Accountant including 3CA/3CD
i.e.2017-18; 2018-19 ; 2019-20 . and auditor notes and accounts.
Please note that turnover/receipts of
3 works other than pest control (ii) Copies of returns submitted to the
services will not be considered. Tax authorities such as IT & Goods &
Contractor is required to furnish a CA Service Tax etc.
Certificate in this regard. (iii) Copies of returns submitted to the
labour Commissioner.

Note:
1. In case last date for submission of IT returns for financial year 2019-20 is
extended beyond 31.12.2020 and wherever IT returns are yet to be filed, bidders
may furnish provisional IT returns duly signed by Chartered Accountant.
Subsequently, Contractor has to ensure submission of final ITR for financial year
4 2019-20 once the date of submission is over. However, this is only for financial
year 2019-20.

2. In case such extension is not granted as discussed above, bidders shall invariably
submit filled/final ITR for financial year 2019-20 also along with previous 2 years
failing which bids shall be rejected.

Seal & Signature of the Bidder


16

The bidder must have ‘Similar Copy of work order and work completion
Completed Work’ carried out during certificates issued by the principal
last 07 years ending 31.03.2020 either
Employers/Clients specifying following
of the following: information relating to the works carried
out during the last 7 years Ending on
Three Similar Completed works each 31.03.2020 :
one having “Annual Contract Value”
not less than Rs. 2.60 Lac. 1. Scope of work.
2. Contract value.
5
Or 3. Area of the building/Number of
Two Similar Completed works each one employees served.
having “Annual Contract Value” not 4. No. of staff deployed by the
less than Rs. 3.25 Lac. contractor for the contract.
Or 5. Period of the contract.
One Similar Completed works each one 6. Monthly payment.
having “Annual Contract Value” not
less than Rs. 5.20 Lac

Note: “Similar Completed Work” under this clause shall mean successful
completion of AMC services in pest control business for the Public Sector Banks,
6 Financial Institutions, Central & State Govt. departments/Organization, Public
Sector Undertakings, reputed Hotels , Hospitals , Corporate offices etc

Bidders should have applicable and Certified copies of supporting documents


valid registrations with: to be attached. Please note that all the
1. Income Tax (PAN) No, relevant certificates should be valid as on
2. Goods & Service Tax (GST) No, date of opening of tender.
3. Labour License under section 12 (1)
of the Contract Labour regulation
and Abolition) Act, 1970
4. Employees Provident Fund
7 Organisation (EPF) Regd No,
5. Employees State Insurance
Corporation (ESIC) Regd No
6. Membership of IPCA / PCAI
7. License to stock & use insecticides
for commercial pest control
operations

Bidder should not have been Suitable declaration as per Annexure 1 to


disqualified / debarred / blacklisted be submitted on the Letter Head of the
8 from any Governments, Semi- Firm duly signed by the Authorized
governments, PSUs, Banks, Financial Signatory only.
Institutions etc.

Seal & Signature of the Bidder


17

Details of AMC works on hand: It is compulsory to furnish following information failing which
application will be rejected summarily. Please give name & contact nos. of reporting officers.

Sr. Name of Client & Types of Pest Area of the Duration of Value of
No. Site address Control site / Work, Contract
Treatment building Stipulated time Rs.
carried out

Note: It may please be noted that the experience in Annual Maintenance contract services
in pest control treatment in offices of PSUs / Govt Offices / MNCs / Corporate offices /
Reputed hospitals / Airports/ Hotel / hospital Building will only be considered for evaluation
. Experience in any other utility will not be considered

Copies of work orders for all the above works, Performance certificate issued by valued clients
( as per format vide annex a and b page no 23 & 24 ) must be enclosed.

Bid evaluation
Credentials of bidders who fulfil minimum requirements as above will be crosschecked with
their clients i.e. of previous AMC / ongoing amc contracts and a confidential report will be
obtained on the performance credentials of contractor .

If the confidential report does not read satisfactory report of the bidders or any negative
feedback of the bidder is given by the employer , the bidder will be declared disqualified even
he fulfils technical parameters as above .

Thus based on technical pre qualification criteria as specified in the tender and based on
confidential performance report obtained from the clients of the bidders , bids will be short
listed for opening of price bids .

Out of the bids as opened above , offerer who has quoted lowest rate in price bid (
for 3 years together) will be considered as L1 and work order will be placed .

Seal & Signature of the Bidder


18

SECTION IV: BIO – DATA OF CONTRACTING AGENCY

1. Name of the firm :

Corporate Office Address :

Branch Office Address :

Telephone No. :

Office :

Residence

Mobile :

E-Mail :

2.a) Whether proprietary/partnership/ :


Pvt. Ltd./ Public Ltd. (certificate of
registration/partnership deed to be
enclosed)

b) Name of the Proprietor, Partners, : I)


Directors
II)

c) Year of establishment :

Seal & Signature of the Bidder


19

3. Registration with Tax Authorities

i) Income-tax (PAN) No. :

ii) GST No. :

iii) EPF Regn. No. :

iv) ESI Regn. No. :

v) Shopkeepers & Establishment :


License Act of Hyderabad
:
vi) Membership of IPCA/PCAI
:
vii) License to stock & use
insecticides for Commercial
pest control operations :

(copies of certificates of registration with relevant authorities to be enclosed. All


these certificates shall be valid on the date of opening of tender.)

4. Names of the Bankers with address & telephone numbers:

I)

II)

5. Furnish copies of CA certified audited balance : Enclosed / Not enclosed


Sheet and Profit & Loss A/C. for
the last 3 years i.e. 2017-18 , 2018-19 and 2019-2020
( turnover shall be reported only from pest control business )

6. Registration/Empanelment with Govt. / Public Sector / Banks for Pest Control


Services (certificates of Registration/Empanelment to be enclosed)

Seal & Signature of the Bidder


20

Name of the Organization Year since empanelled

7. Give details if at present involved in litigation in similar type of contracts:

Sr. Name of Project Name of Nature of Work Date of Value


No. Employer work order completion Rs.
dated of work

8. Details of civil suit, if any, that arose :

during execution of contract in the

past 10 years.

9. Name & relation, if any, with the staff :

member of Union Bank of India.

Seal & Signature of the Bidder


21

10. Details of Pest Control work executed during the last 3 years:

Type Work Nature of Location Value Duration of If work left


of executed for work (in Rs. work with incomplete or
work (name of the brief) dt terminated
Institution / (give reasons)
Commence
Body)
/
completion

Note: Copies of work orders along with Xerox copies of relevant TDS certificate,
Performance certificate ( as specified in format vide page no 23) issued from the client
shall be enclosed. Please note without the copies of certificates, your application is
liable to be rejected.

11. Details of Rate Contract entered into with other Bank:

(Copies of work orders be enclosed)

12. LIST OF NAME/S OF PROPRIETOR / PARTNERS & EMPLOYEES

Name Qualifications Experience Particulars of Employed in Value of


work done your firm work
since done

Seal & Signature of the Bidder


22

13. Turnover/Receipts in last 3 years (For pest control services only. Contractor to
submit separate undertaking that turnovers/receipts pertaining to Pest control
work only ) :

Sr. Year Turnover Income-tax GST paid


No. (Rs.in lacs) paid

1 2018-
19

2 2019-
20

3 2019-
20

Copies of income-tax returns / assessment orders for each year to be enclosed

15. Please enclose copies of following documents:


a. last return filed with EPF Department : Yes/No
b. last return filed with ESI Department : Yes/No
c. Last return filed with Labour Commissioner (Central) Department : Yes/No

13. Please furnish Copies of income tax clearance certificates including IT returns of
last 3 financial years: 2017-18, 2018-19 & 2019-2020 (AY: 2018-19 , 2019-20 &
2020-2021 )

17. Details about programs and tie-up for giving training to workers during the year.
Please mention the name of institute and contact no. of persons to obtain
information about your company. In case, you do not have such system of imparting
training to workers, please clearly mention the same.

18. Details of ongoing litigations / cased filed with Labour Commissioner /EPF/ESI
Authorities:

Seal & Signature of the Bidder


23

Annex ( a)

PERFORMANCE REPORT FOR ‘SIMILAR’ MAJOR COMPLETED WORKS

(To be submitted by the contractors duly filled, signed & seal of their client where they
have executed the AMC for Pest Control Management services )

1. Name of the Work/Project & Location :

2. Scope of Work :

3. Agreement No. & Date :


4. Scope of pest control treatment services :

5. Value of AMC per annum :

6. Date of Commencement
a. Stipulated date of Commencement :
b. Actual date of Commencement :

7. Date of Completion :
a. Stipulated date of Completion :
b. Actual date of Completion :

8. Amount of penalties levied for


Non satisfactory services , if any :

9. Performance report based on

Quality Of work : Excellent / Very Good / Good / Poor


Time Management : Excellent / Very Good / Good / Poor
Resourcefulness : Excellent / Very Good / Good / Poor
Financial Soundness : Excellent / Very Good / Good / Poor
Technical Proficiency : Excellent / Very Good / Good / Poor

Superintending Engineer / Chief project manager or Equivalent


Name of organization

Note:
1. The performance report is to be submitted separately for all major works mentioned in
BIO DATA FORM .

2. The performance report preferably be submitted in the above Performa. In case,


different proforma is used, the applicant shall ensure that the report / certificate shall
contain all the above information / details.

Seal & Signature of the Bidder


24

Annex ( B)

PERFORMANCE REPORT FOR ‘SIMILAR’ MAJOR “ WORKS ON HAND “ AMC JOBS

(To be submitted by the contractors duly filled, signed & seal of their client where they
are presently executing AMC for pest control management services )

1. Name of the Work/Project & Location :

2. Scope of Work :

3. Agreement No. & Date :

4. Nature of pest control systems :

5. Value of AMC per annum :

6. Date of Commencement
c. Stipulated date of Commencement :
d. Actual date of Commencement :

7. Date of Completion :
c. Stipulated date of Completion :
d. Actual date of Completion :

8. Amount of penalties levied for


Deficiency services , if any :

9. Performance report based on

Quality Of work : Excellent / Very Good / Good / Poor


Time Management : Excellent / Very Good / Good / Poor
Resourcefulness : Excellent / Very Good / Good / Poor
Financial Soundness : Excellent / Very Good / Good / Poor
Technical Proficiency : Excellent / Very Good / Good / Poor

Superintending Engineer / Chief project manager or Equivalent


Name of organization
Note:

The performance report is to be submitted separately for all major works mentioned in BIO
DATA OF FIRM . The performance report preferably be submitted in the above Performa. In
case, different proforma is used, the applicant shall ensure that the report / certificate shall
contain all the above information / details.

Seal & Signature of the Bidder


25

Annexure-I

LETTER CUM DECLARATION

(To be submitted duly typed, signed with stamped by the Authorized Signatory on
the Letter head of the Bidder in Original along with Technical Bid document.)

From :

(Full name & address of the BIDDERS/CONTRACTORS)


_________________________________________________
_________________________________________________
_________________________________________________
_________________________________________________

To,
The Chief Manager (SSD),
Union Bank of India,
Support Services Department,
4 th floor , Pattabhi Bhavan
Saifabad , Hyderabad -4

PROVIDING PEST CONTROL SERVICES FOR BANKS BUILDINGS , Hyderabad .

Dear Sir,

Having examined the terms & conditions, schedule of requirements, scope of work etc
of the RFP/Tender for the captioned work and examined the site of the works specified
in the said memorandum and having acquired the requisite information relating thereto
and affecting the tender. I/We submit the Sealed BID for appointment as Contractor
for providing catering services at subject premises for a period of one year renewable
for two similar terms by the Bank subject to my/our satisfactory services.

1. I/We have thoroughly examined and signed on each page of the document,
having understood all the terms & conditions as contained in the RFP document,
Invitation to RFP, General Information to BIDDERS/CONTRACTORS and its Annexure &
Appendices. I/We am /are agreeable to abide by them.

2. I/We agree to keep the offer open as per terms and conditions mentioned in
RFP. I/We shall be bound by communication of acceptance of the offer dispatched
within the time. I also agree that if the date upto which the offer would remain open
is declared a holiday for the Bank the offer will remain open for acceptance till the
next working day.

Seal & Signature of the Bidder


26

3. Demand draft/Pay order No_____________ dated ______________ favouring


Union Bank of India payable at _____________ for Rs. 13,000/- (Rupees THIRTEEN
THOUSAND only) is enclosed as Earnest Money Deposit and Demand draft/Pay order
No_____________ dated ______________ favouring Union Bank of India payable at
_____________ for Rs. 3,000/- (Rupees Three Thousand only) is enclosed as RFP
Document Fee.
OR

I/ We am /are registered with MSEs under Single Point Registration Scheme and may be
exempted from payment of cost of RFP / EMD and copy of relevant registration
certificates are enclosed which is valid as on date of this RFP.

In the event of my RFP being accepted, I/We agree to furnish Security Deposit as
stipulated in the RFP.

4. I/We do hereby declare that the entries made in the RFP and Annexures/
Appendices attached therein are true and also that I/We shall be bound by the act of
my duly Constituted Attorney.

5. I/We hereby declare that my Firm/Company has not been blacklisted or


otherwise debarred during the last five years by the Union Bank of India, or any other
Public Sector Undertaking or any Government, for any failure to comply with the terms
and conditions of any contract, or for violation of any Statute, Rule, or Administrative
Instructions.(*)
OR

I/We hereby declare that my Firm/Company was blacklisted/debarred


by______________(here give the name of the client) for a period of _________, which
period has expired on _________. (Full details of the reasons for blacklisting/debarring,
and the communication in this regard, should be given)(*)

(*) (strike out whatever is not applicable)

6. I/We hereby declare that no contract entered into by my Firm/Company with


the Union Bank of India, or any other Public Sector Undertaking or any Government,
has been terminated before the expiry of the contract period at any point of time during
the last five years.

7. I/We hereby declare that the Earnest Money Deposit and/or Security Deposit has
not been forfeited or adjusted against any compensation payable, in the case of any
Contract entered into by us with the Union Bank of India, or any other Public Sector
Undertaking, or any Government during the last five years.

8. I/We hereby declare that I/We or any of the partner/Director of our

Seal & Signature of the Bidder


27

firm/company have not been convicted at any time by a Court of Law of an offence and
sentenced to imprisonment for a period of three years or more.

9. I/We hereby declare that I/We have no adverse record in any of the institutions
where I/We have been serving / served in the past with regard to catering services
provided.

10. I/We agree to execute a service level agreement if contract is awarded to me/us.

11. I/We agree that bank has absolute right to reject any or all bids without assigning
any reason and there is no obligation to award the contract to the bidders.

12. I/We certify that all information furnished by me/us is correct and true and in
the event that the information is found to be incorrect/untrue, Union Bank of India
shall have the right to disqualify me without giving any notice or reason thereof or
summarily terminate the Contract, without prejudice to any other rights that the Bank
may have under the Contract and Law.

13. I/We, hereby, also undertake that we will not raise any claim for any escalation
in the prices of any of the material and manpower during the currency of
contract/execution/completion period.

14. I/We have read and understood the various provisions/ instructions governing
the pest control treatment specified in the bid and agree to provide the same at the
rates stated in the Price Bid. I/We also note that these rates mentioned in the Price
Bid shall remain constant for the contract period and no escalation is allowed .

15. Further, I/We confirm that I/we are eligible to quote this tender. In case any
information is found incorrect at any subsequent point of time, our tender may be
annulled/rejected by the bank including taking any action against me/us as deemed
fit.
I/We have read and understood all the
terms & conditions, schedule of
requirement and scope of work of the
tender and accept the same.
(Signature of BIDDERS/CONTRACTORS)
With seal
E-mail ID of the Bidders/Contractors __________________________________
Landline Telephone No. _________________ Mobile No.______________________

Seal & Signature of the Bidder


28

SECTION V: SCOPE OF WORK

Pest Management is an integrated approach of tackling a pest problem which includes


control (either physical or chemical) and prevention. The professional pest manager
needs knowledge and skills, along with the latest products and equipment, in order to
provide effective solutions to customers. Knowledge of local and international
Regulatory, Hygiene & Safety Standards and conforming to these, forms an integral part
of every pest manager’s responsibility. The following types of pest control treatments
will be carried out at periodical intervals as specified here under :

Sl Type of Treatment Targeted Pest Frequency of Treatment


No
Office Complex Residential Quarters
1 General House hold pests like Weekly
Disinfestation & coakroaches , silver fish ,
termite treatment bedbugs , red and black
ants , spiders , flies ,
wasps , fleas , mosquitoes
, lizards and similar other
crawling / flying insects
etc
Executive Bungalows
: Monthly
2 Rodent Control Rats , Mice , Moles , Weekly
Bandicoots etc &
3 Integrated Cockroach Fortnight
Cockroah control
treatment Rest of residential
4 Fumigation / Mosquitoes / winged pests Monthly quarters : Bi Monthly
Fogging treatment etc
– surrounding &
open areas

Internal Areas: Internal areas of office building comprise Cabins, Common Hall Office
Area, Toilets , Pantry, Stationary Stores, Workstations, Record Rooms, Library, Gym,
Sports Room, Server Rooms, LAN switch rooms, Bookrooms, Vaults, Cupboards,
Compactors, Bins, chests, Tables, Chairs etc. While internal areas of residential flats
comprise Living (drawing/dining) room, 2/3 Bed rooms, 2/3 Bath rooms/toilets,
Kitchen, Lobby / Lobbies, Balcony / Balconies, Loft/s, Wardrobes/s, House-hold
furniture etc. In essence, internal areas in office building/residential quarters will
mean and include complete inside area of the four-wall of respective office buildings
/residential quarters.

In Internal areas, pest control treatment will be carried out using herbal non-toxic
(harmless to human beings) products.

Seal & Signature of the Bidder


29

Surrounding/Open Areas: Common areas in the residential and office buildings such as
staircase / lobbies / passage / corridors, stilt/ open car parking area, service shafts /
duct, drains/sewers, sub-station, lawns, terraces, Lounges, toilets, all surrounding /
common areas, pump room, electric rooms etc.

In Surrounding/Open area, pest control treatment will be carried out using ISI approved
chemicals spray (natural oil base in proportion specified by the manufacturers). All
effective steps to be undertaken to control Rodents by use of mouse traps/pads or
rodent control repellents in office/building/canteen.

Office buildings / Residential quarters have been segregated in two groups viz. “Group
‘A’ consisting list of office buildings / residential quarters wherein both external as
well as internal pest control will be carried out by the vendor and ‘Group ‘B’ consisting
list of office building / residential quarters wherein only internal pest control will be
carried out by the Contractor as in those office building / flats, external pest control is
being carried out by the respective society.

Group A : Saifabad Building , Koti building , Executive Bungalows in Somajiguda ,


Residential Quarters in Saroornagar

Sl No Name of the building Builtup area ( sft )


1 Saifabad building 1,06,000 sft ( including
cellar )
2 Koti building 70,000 sft
3 Executive Bungalows in Somajiguda 1st bungalow :7,669 sft
2nd bungalow :6,589 sft
3rd bungalow : 5,740 sft

Total extent of site : Ac


2.21 cents
4 Residential quarters in Saroornagar Independent exclusive
building with stilt + 5 floors
( 20 residential flats).
Stilt area :6000 sft
Built up area of each floor
: 5000 sft
Total area : 31000 sft
(apprx)

Group B : DIT premises , residential flats in Lakdikapool

Seal & Signature of the Bidder


30

Sl No Name of the building Builtup area ( sft )


1 DIT premises 28,111 sft
2 Residential flats in Lakdikapool ( 6 flats ) Each with area of 1000 sft
( approx.)

General Details:

1. Vendor is required to use only Central Insecticide Pest Control Board approved
chemicals and methods of application.
2. All cleaning materials / tools / equipments / personnel required for all categories
of pest control treatment shall be provided and arranged by the contractor at his
own cost.
3. Contractors are required to maintain a log book wherein following details are
compulsorily to be noted:
 Types of pest control applied and chemicals being used as per the defined
periodicity
 Date of application of pest control
 Details of the buildings/residential quarters where pest control applied
 Signature of officials/occupant’s of residential quarters after completion of work

4. No advance payment will be made for any pest control treatment. Payment will be
released only for pest control treatment provided. Bills shall be submitted on
monthly basis for pest control treatment in Office complex & on quarterly basis for
pest control treatment in Residential quarters after completion of the said period
along with details of type of pest control treatment applied and work completion
certificate.

5. After every pest control treatment as per defined periodicity, contractor is required
to compulsorily obtain occupant’s signature in case of Bank’s residential quarters
and bank’s officials signature in case of Office premises in the prescribed format
which will be provided by the Bank. Contractor is also required to record the Name,
Designation & Mob. No. of the signing officials/occupant’s of residential quarters
failing which the bills/invoices will not be accepted.

6. It is the responsibilities of the Contractor to have their manpower to complete the


work within specified period.

Seal & Signature of the Bidder


31

7. If the work or its progress is found unsatisfactory by us or by our consultants at any


point of the work-in-progress, Bank is entitled to suspend the work or withdraw the
work order from selected contractor and get the balance work completed at the risk
of the contractor by any other agency particularly in case of the following defaults
from contractor side:
 Delay in supply of materials, equipments and accessories
 Delay in execution of work
 Refusal to meet the specification, workmanship or effectiveness of the
treatment.
In above cases, Earnest Money/Security Deposit will be forfeited by the Bank,
please note.

8. Pest control treatment will be carried out without causing inconvenience to the
occupants in the building and prior information should be given to the occupants
before carrying out the treatment and acknowledgment should be obtained from
them after completion of work.

9. The treatment once done should remain effective till next due date. During the
interval period of pest control service, if any of the insects are noticed or in case of
complaints, if any, the contractor will give additional treatment and service free of
charge. Period of Guarantee should be mentioned specifically.

10. Bank reserves its right to split the order or cancel the tender without assigning any
reason thereof. Total payment shall be made on the basis of flats / buildings covered
under AMC contract in respective periods.

11. Deduction shall be made for service is not provided by the vender on account of
reasons like flat was locked, flats occupant did not allow etc or acknowledgement
from the flats occupant is not attached with the bill.

12. Material will be shown to link officer of the building or any nominated representative
of all buildings before starting the treatment to ensure the quality. Please note that
department or link officer will mark / indicate some type of code on material before
use and the same shall be deposited / shown after use also.

Seal & Signature of the Bidder


32

ADDITIONAL CONDITIONS

1. Contractor shall follow all rules/regulations in force and should possess the license
for employing labour and also follow all safety measures, labour bye-laws and shall
be responsible for any lapse. The contractor shall comply to the provision of
Contract Labour (Abolition & Regulations) Act, Minimum Wages Act, ESI Act,
Provident Fund Act, Gratuity Act, Workman Compensation Act, Equal Remuneration
Act and all other labour laws applicable to him for execution of work mentioned in
the Tender. Contractor should compulsorily pay minimum wages (Basic +VDA) as
applicable time to time for the different category of workers to be employed by
them for the proposed scope of work as per Minimum Wages Act.

2. All the engaged workers/employees under scope of work of this tender shall be
registered and covered under EPF & ESI by the contractor. Submission of statement
of EPF & ESI and payment challans for every month is compulsory without which
monthly payment to the Contractor will not be released.

3. Wherever applicable the Contractor shall take out Labour License from the “Asst.
Labour Commissioner (Central Govt)”.

4. The employees and the workers of the Contractor shall be carrying out the duties as
assigned without indulging in any other activities. The movement of
workers/employees shall be restricted to the area of work and he/she should not
visit any other floors/offices/residential quarters. If found such worker/employee
shall be removed from the site immediately.

5. Should any new areas of work transpire which Bank considers are not envisaged as
being part of this tender, the prices for the new scope of work shall be mutually
agreed between the Bank and Contractor based on actual rate analysis on
established norms . In the event of non Agreement of the rates, the Bank reserves
the right to get the same executed through any other agency so appointed for.

6. The Services Contractor or any of their employees / officers / staffs / personnels /


representatives / agents shall not, under any circumstances, be deemed to have any
employer-employee relationship with the Bank or any of its employees / officers /
staffs / representatives / personnel / agents.

Seal & Signature of the Bidder


33

7. After the award of the contract, if the selected bidder does not execute the
specified work satisfactorily, the Bank reserves the right to get the contract work
done by another party of its choice. In this event, the selected bidder is bound to
make the additional expenditure, which the Bank may have to incur for the selection
of another Pest Control Service Contractor.

8. Neither the contract nor any rights granted under the contract may be sold, leased,
assigned, or otherwise transferred, in whole or in part, by the bidder or the
contractor and any such attempted sale, lease, assignment or otherwise transfer
shall be void and of no effect without the prior written consent of the Bank.

9. If at any point of time during the progress of work, if it is observed that the
Successful bidder is not progressing the work with due diligence, care and lagging
much behind the schedule or fails to gear up the work despite instructions from the
employer (Bank) and as per contract terms & conditions, the Bank reserves the right
to terminate the contract within one month notice period. In such case, the
Successful bidder shall be liable to pay the employer any extra cost involved for the
completion of the said work and will not obstruct any way in completing the work
through other agency. After completion of entire work the Successful bidder shall
be paid for the actual pest control work executed by him at the quoted rates after
deducting any claims, damages. In case of such termination the security deposit
held by the Bank will be forfeited.

10. Although the contract period is for three years, the contract will be initially for a
period of 12 months, which may be further extended for next two years on yearly
basis at the sole discretion of the Bank having satisfied of satisfactory service being
provided by the contractor. The contract can be terminated by either party by
giving one month’s notice. However, the Successful bidder undertakes to continue
to discharge his duties and obligations, until a new agency is engaged by the Bank.

11. Rates shall be quoted both in figures and in words in columns specified. All erasures
and alterations made with filling the tender must be attested by initials of the
tenderer. Overwriting of figures is not permitted; failure to comply with either of
these conditions will render the tender void at the Bank’s option. In case of
discrepancy, the rates and amounts quoted in words shall take precedence over the
rates and amount quoted in figures. Likewise, quoted rates will take precedence
over calculated amounts and accordingly arithmetical accuracy of the offer shall be
worked out for evaluation of the tenders.

Seal & Signature of the Bidder


34

12. The tenderer/s should note that unless otherwise stated the tender is strictly on
item rate basis and his /her /their attention is drawn to the fact that rates for each
and every item should be correct, workable and self-supporting. Before quoting the
rates the tenderer/s should inspect the site and understand for himself /herself
/themselves about the nature and scope of the work.

13. No advice of any change in rate/s or of condition/s after the opening of the tender
shall be entertained.

14. Each of the tender documents should be signed by the person or persons submitting
the tender in token of his/her/their having acquainted himself/herself /themselves
with the General Conditions of Contract, Scope of Work, Property details for Pest
control services. Additional Conditions etc as laid down in the documents. Any
tender with any of the documents not so signed shall be rejected at the Bank’s
option.

15. The tender submitted on behalf of a firm / company shall be signed by all the
Partners of the firm/ authorized signatory of the company who has the necessary
authority on behalf of the firm/company to enter into the proposed contract.
Otherwise, the tender shall be rejected by the Bank.

16. On receipt of intimation from the bank of the acceptance of his /her /their tender,
the successful tenderer shall sign an agreement in accordance with the draft
agreement and the Schedule of Conditions but the written acceptance by Union Bank
of India of a tender will constitute a binding contract between Union Bank of India
and the person/firm so tendering whether such formal agreement is or is not
subsequently executed.

17. TDS & other applicable taxes shall also be deducted at source from the bill amount
by the Bank and paid to the statutory authorities.

18. The successful tenderer is bound to carry out items of work necessary for the
completion of the job even though these items are not included in the quantities
and rates. The Bank will issue schedule of instructions in respect of such additional
items and their quantities in writing. The successful tenderer should make with
his/her/their own arrangements to obtain all materials required for the work.
19. High standard of pest control services shall be maintained by using ultramodern
equipment and materials like the same are maintained at major Airports, 5-Star
Hotels etc.

Seal & Signature of the Bidder


35

20. Safety is key when using various pesticides/other products. Ensure that the workers
wear appropriate protective clothing, rubber gloves, face masks, follow the
directions on the label of any product, follow the instructions of the qualified pest
management Supervisor and ventilate the room when using strong chemicals. Use
biocides safely. Always read the label and product information before use.

21. All the pesticides, insecticides, rodent repellents, other required materials and
equipment will be provided by the contractor. Any chemical of hazardous nature
which can potentially threat or endanger life should be avoided.

22. Central Insecticides Board & Registration (CIB & RC) scrutinizes and periodically
reviews all pesticides and their usage - some are banned from registration itself.
Sometimes a pesticide can be banned even after registration when it causes serious
environmental and public health concerns. Some pesticides are meant for
"Restricted Use" which means that they can be used only for prescribed purposes
and by authorized personnel by obtaining the appropriate Government license.
Hence it is the sole responsibility of the contractor providing the pest control
treatment to acquaint himself nature of the insecticide (Agricultural or Household
use), composition, active ingredient, target pest(s), recommended dosage, caution
sign and safety precautions. Therefore, a pesticide labelled for agriculture should
not be used in a household.

Seal & Signature of the Bidder


36

SECTION VI : SPECIAL INTSTRUCTIONS TO THE TENDERER

Subject: TENDER OF PROVIDING PEST CONTROL SERVICES AT BANK’S


ADMINISTRATIVE OFFICES & EXECUTIVE BUNGALOWS / RESIDENTIAL
QUARATERS IN HYDERABAD.

GENERAL INSTRUCTIONS:
1 Inspection of sites: The contractor shall visit and examine the site and satisfy as
to the nature and correct dimensions of work and facilities for obtaining material
and shall obtain generally his own information on all matters affecting the
execution of work. No extra charge made in consequence of any
misunderstanding or incorrect information on any of these points on the ground
of insufficient description will be allowed. All expenses incurred by the
contractors in connection with obtaining information for submitting this tender
including his visit to site and efforts in compiling the tender shall be borne by the
tenderer and no claims for reimbursement thereof shall be entertained.

2 Clarification: The tenderer shall note that if any clarifications regarding


specifications, conditions of contract, schedule of quantities, scope of work etc
are required, the tenderer should contact the Chief Mangaer, Union Bank of India,
Support Services Department, Pattabhi Bhavan, Saifabad, Hyderabad. The
tenderer will be deemed to have contacted the concerned office before
submission of tender. No claim on account of any ambiguity in any respect shall
be entertained.

3 Care in Submission of Tender: Before submitting the tender, the tenderer will
be deemed to have satisfied himself by actual inspection of the site, locality of
the works, availability of materials, camping of the site, approaches etc and
ensure that all conditions liable to be encountered during execution of the work
are taken into account and that, the rates submitted in the tender are adequate
and are inclusive of such conditions.

4 Safety Regulations and Security Rules: The contractor shall take all the
necessary precautions while working and to safeguard adjacent property, Bank’s
property, Bank’s employees, and traffic persons. The contractor shall follow at
site all security rules as may be framed by the Bank from time to time regarding
movement of materials and equipment to site, issue of identity cards, control of
entry of personnel and all similar matter. The contractor and his personnel shall
abide by all security measures imposed by the Bank or its duly authorized

Seal & Signature of the Bidder


37

representative from time to time. The contractor shall necessarily follow


following safety regulations:

 First-Aid kits or boxes and stretchers should be readily available at all times
with contractor.

 For all work that cannot be done from the ground level or from part of any
permanent structures or from other available means of support. Soundly
constructed scaffoldings of adequate strength shall be used as a safe means
of access to place of work.

 Nobody should be allowed to work at elevated places without wearing safety


belts. As an additional precaution, safety nets made of coir rope or nylon or
any other suitable material should be hung at suitable elevation to prevent
people and equipment falling below.

 Dropping or throwing materials from roof structures or other elevated


positions is prohibited.

 Utmost care shall be taken by the contractor throughout the contract


period to prevent accidents.

 While carrying out the work of pest control and using pesticides do’s and
don’ts should be explained to the people at that place.

In spite of above safe methods, in case of any unfortunate accident, the


contractor shall indemnify the employer against any expenses or claims towards
treatment or compensation

5 Compliance to local laws: The contractor shall conform to the provisions of any
Act of the Legislature relating to the work and to the Regulation of By Laws of
any authority. He shall also obtain the permission of the Municipality or any other
Authorities if required under the existing rules.

6 Vouchers / bills: Contractor shall upon the request of the Bank furnish bills,
invoices, accounts, receipts and other vouchers for all materials brought on site
to prove that the material purchased are as per the specification mentioned in
the tender.

7 Distribution of work: The Bank reserve the right to distribute the work for which
quotations have been called, among more than one parties, if found necessary.
No claim in this respect shall be considered and the contractor agrees to

Seal & Signature of the Bidder


38

cooperate with other agencies appointed by the bank. The contractor shall also
note that several other agencies may also be simultaneously working within and
around the work site and structures covered under present contract. The
contractor without any hindrance shall fully cooperate with the other agencies
working therein. In case of dispute in such co-ordination, the Bank’s decision shall
be final and binding on the contract.

8 Subletting the work: The contractor shall not directly or indirectly sublet
the work to other party without prior written permission from the bank.

9 Third party damage: The contractor shall be responsible for all injury to
persons, animals, building, building structure, any damage to road, streets,
footpaths and shall rectify the same from his own cost. During the execution of
the contract, the contractor will be fully liable to compensate all concerned for
any loss, damage or destruction of structures, plant & machinery, persons,
property etc including third party risk arising due to causes attributable to the
contractor as may be decided by the Bank whose decision in this regard shall be
final. No claim shall be entertained by the Bank on this account.

10 Insurance cover: All the workers of the contractor as well as his sub-contractor,
if any, must be properly covered by an Insurance Policy under Workman’s
Compensation Act and Fatal Accidents Act. The contractor at his own expenses
arrange to effect and maintain insurance policy in the joint name of the Bank and
the contractor against this risk indemnifying the Bank from all the liabilities
arising out of such events. Insurance Policy will be retained by the Bank in original
until the virtual completion of the work. In case of delay, contractor shall arrange
to extend insurance policy till work is completed.

11 Protection of material and work: All materials/equipments required for the


works shall be supplied by the contractor. The contractor shall be responsible
for storing and watching his own material and protecting the work at his own
cost. The contractor and his worker will be allowed to use lift. However, no
materials/chemicals causing health issue will be allowed to be taken into the lift.
Any damage / spoiling of lift / floor / dado caused during such act will have to
be made good by the contractor at his own expenditure.

12 Neat & Clear Site: After completion of the work, contractor shall leave the
premises in neat, clean and tidy conditions as directed by the Bank. All the
installations, fittings, fixtures, materials etc handed over to the contractor at the
commencement of the contract shall be taken over by the Bank after completion

Seal & Signature of the Bidder


39

of the contract. If the contract is terminated prematurely for any reason what so
ever, the contractor shall peacefully hand over everything back to the Bank and
leave the premises in neat, clean and tidy conditions.

13 Conditional tenders: Conditional tenders are liable for rejection summarily.

14 The acceptance of the tender will rest with Union Bank of India, which does
not bind itself to accept the lowest or any of the tenders and reserves itself
the authority to reject any or all of the tenders received / cancel the tender
process at any stage without assigning any reason thereof. All tenders in which
any of the prescribed conditions are not fulfilled or incomplete in any respect
are liable to be rejected.

15 Decision of the Bank shall be final and binding on all matters connected with the
work. The matter of any dispute shall be decided after mutual discussions based
on the terms and conditions of this contract. However, if the matter cannot be
resolved then the same shall be referred to the respected, qualified person in the
field agreed to both the parties and his opinion shall be binding on both the
parties. However, this is recourse to any legal action in this regard.

16 Incomplete quotation: Incomplete quotations shall be summarily rejected.

17 Earnest Money Deposit of successful tenderer shall be treated as security deposit.


The contractor should pay this amount to the Bank by DD or PO at the time of
submission of tender. This amount shall be retained by the Bank till the work is
virtually completed and all amounts relating thereto settled.

18 The contractor is requested to sign each page of the tender and put rubber
stamp seal below his signature and seal the quotation in an envelope and after
the work is awarded, he will have to enter into a Contract Agreement with
the Bank.

19 All work shall be carried out in a workman-like manner to the entire satisfaction
of the Bank. All the workers shall wear proper uniform whenever in premises and
on the work.

20 Contractor shall follow all rules / regulations in force and should possess the
license for employing labour and also follow all safety measures, labour by laws
and shall be responsible for any lapse. The contractor shall comply with the
provision of Contract Labour (Abolition & Regulations) Act, Minimum Wages Act,
ESI Act, Provident Fund Act, Gratuity Act, Workman Compensation Act, Equal

Seal & Signature of the Bidder


40

Remuneration Act and all other labour laws applicable to him for execution of
work mentioned in the Tender.

21 Nuisance: The contractor shall not any time do cause or permit anyone to do or
cause any nuisance on the site or do anything which shall cause unnecessary
disturbance or inconvenience to the Employer or to the owners, tenants or
occupiers of other properties near the site and to the public generally.

22 The contractor will be paid on monthly basis for the services completed during
the preceding month for which he shall submit the bill for the agreed amount.
Contractor is required to submit the bill latest by 7 th of the following month.
Payment of the monthly bill will be subject to compliance of all the terms and
conditions of the tender documents by the contractor.

23 All persons employed by the contractor for carrying out the work would be
deemed to be contractor’s employee for all purposes and he shall make regular
and full payment to his employees as per Minimum Wages Act and in compliance
to other Labour Laws. No liability / responsibility whatsoever on account of
persons engaged by the contractor is attributable to the Bank.

24 The contractor shall be fully and exclusively liable for the payment of wages, EPF
& ESI, leaves, etc. to the worker engaged by him. The Bank shall not have any
liabilities towards non-compliance of any of the Labour laws / Minimum Wages
Act by the contractor. The personnel deployed will not be treated as employees
of the Bank.

25 None of the contractor’s personnel shall enter into any kind of work other than
provided under this contract within the complex.

26 The personnel deployed by the contractor shall be of good conduct, character


and health. They should be in proper uniform and identity cards whenever they
are in the premises of the Bank. The contractor is bound to remove any of the
person employed by him and arrange for replacement of removed person as and
when advised to do so by the Bank.

27 The contractor shall be solely responsible for the integrity of the personnel
deployed. If any of the contractor’s staff is found misbehaving with any of the
employees of the Bank or occupants of the residential quarters, the contractor
shall terminate the services of such person forthwith.

Seal & Signature of the Bidder


41

28 The Bank shall not be responsible for any injury or loss of life occurring during
the Proformance of duties to any personnel deployed by the contractor. Any
compensation or expenditure towards treatment for such injury or loss of life
shall be borne by the contractor.

29 Transfer of Tender Documents: Transfer of tender documents purchased by one


intending tenderer to another is not permissible.

30 L1 will be decided based on the Grand Total of AMC value for three years
including GST . Grand Total as reported in price bid shall tally with annexures
1 to annexure iii of price bids failing which tenders are liable to be rejected.

Seal & Signature of the Bidder


42

SECTION VII : DRAFT AGREEMENT

AGREEMENT FOR providing Pest Control services at Bank’s Administrative Office


building & Residential Quarters / Bungalows located in Hyderabad for the contract
period of three years commencing from ____________ to _____________.

THIS AGREEMENT made on the ____________ day of ______________2021 between


Union Bank of India, a banking company established under the Banking Companies
(Acquisition and Transfer of Undertakings) Act, 1970 having its Central office- Annex
at D No 5-9-11, Pattabhi Bhavan, Saifabad, Hyderabad, Hyderabad-500004
(Hereinafter called ‘the Bank’) (Hereinafter called ‘the Bank’) of the one part and
_______________ __________________________________ engaged in the work of
providing Pest Control Services (Hereinafter called “the Contractor”) on the other part.

WHEREAS The Bank is desirous of getting the work related to providing Pest Control
services at Bank’s Administrative offices & Residential bungalows/ quarters in
Hyderabad for the contract period of three years and has caused specifications, scope
of work, etc. describing the works to be done.

AND WHEREAS the tender of the contractor was accepted and work awarded
to the Contractor by the Bank under their Letter No.
__________

AND WHEREAS the Contractor has accepted the work order for the work aforesaid in
their letter no.

AND WHEREAS the said specifications, the Schedule of Quantities and scope of work
have been signed by or on behalf of the parties hereto.

AND WHEREAS the Contractor has agreed to execute upon the subject to the Conditions
set forth in the Scope of Work, General Details, Additional Conditions and Special
Instructions to the tenderer (all of which are collectively hereinafter referred to as
“the said Conditions”) the works described in the said scope of work and included in
the Schedule of Quantities under price bid at the respective rates therein set forth
amounting to the sums as therein arrived at or such other sum as shall become payable
there-under (hereinafter referred to as ‘the said Contract Amount’)
NOW IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS:

Seal & Signature of the Bidder


43

1. For the consideration hereinafter mentioned, the Bank hereby appoints


M/s______________________________ as the Pest Control Service Contractor and
the said Contractor will carry out and render the services described by or referred to
in the tender. The conditions for the services Conditions set forth in the Scope of Work,
General Details, Additional Conditions and Special Instructions to the tenderer (all of
which are collectively hereinafter referred to as “the said Conditions”) and shall be
read and construed as forming part of this Agreement. The parties hereto shall abide
by, submit themselves to the conditions, and perform the task on their parts
respectively in such conditions contained, as per the Agreement. This Agreement and
Schedules and documents annexed herewith shall form the basis of this contract.

2. Scope of work:
a. As per Tender Document .

b. The Bank reserves itself the right of altering the scope of work and nature of the
work by modifying any items of work or having portion of the same carried out through
other agency without prejudice to this contract. The contractor will only be paid for
the actual service performed and work done payable at the accepted unit rates.

3. Payment Terms:
a. The Bank will pay the Contractor the said contract amount of
Rs………………………
(Rupees………………………………………………………………………………….………………) plus applicable
GST (hereinafter referred to the ‘Contract Sum’ ) or such other sum as shall become
payable hereunder at the times and in the manner specified in Technical and
Commercial bids and the said conditions for the 1 st year of pest control service. If the
Bank renews the contract for further period, the sum payable by the Bank will be as
per the accepted rates for 2nd & 3rd year quoted by the contractor in the price bid or
the rates mutually agreed by the parties thereto.

b. This contract is a fixed Lump Sum contract for pest control services of the Bank’s
administrative offices and residential quarters and to be paid proportionately according
to the actual Performance.

c. All payments by the Bank under this contract will be made only at Hyderabad in
Indian Rupees and shall be within 30 days from the submission of bills including period
of checking subject to bills being completed in all respect with enclosures and in the
format to be mutually agreed.

Seal & Signature of the Bidder


44

d. All taxes including the sales tax or any other tax on materials/services like
service tax, work's contract tax, turn over tax etc prevailing at the time of tender in
respect of this contract shall be payable by the Contractor and the Bank will not
entertain any claim whatsoever in this respect.

e. That the terms of this contract have been read by the Contractor and fully
understood by him/ them. The Contractor shall not be entitled for the payments for
the quantities beyond the tendered quantities unless ordered for or by specific
instructions with prior approval from the Bank.

4. Standard of Performance:
a). The Contractor must perform the complete services (without any negligence) on
timely basis using utmost and absolute skill, honesty, loyalty and due care and
complying with all the provisions, rules and regulations under applicable laws. The
Contractor shall always, without any bias, render Services in the best interest of the
Bank. The Contractor shall be afforded every reasonable facility for carrying out of all
works relating to the provisions of the pest control Services laid in the said conditions
till the completion of the contract. Any delay, negligence, error, default or deficiency
in providing and/or performing the services shall be considered as breach of the purpose
of this contract. The Contractor shall always provide the services through its fully
trained and fully equipped officers, employees, agents and representatives.

b.) Timely Performance of the contractual obligation shall be considered as the essence
of the contract and the Contractor hereby agrees to commence the work soon after but
not later than 10th day from the date of issue of letter of intent by the Bank as provided
in the said conditions and to perform the job during and within the stipulated contract
period.

c). The Contractor shall allow Union Bank of India or persons authorized by it to access
the documents, records of transaction or any other information given to, stored by or
processed by the Contractor relating to the Bank or this Agreement, within a reasonable
time failing which the Contractor will be liable to pay any charges/ penalty levied by
Bank.

d) The Contractor shall not directly or indirectly sublet the work, except with the
prior written consent of the Bank, to provide any of the Services under this
Agreement.

Seal & Signature of the Bidder


45

5. Representations & Warranties of Parties to this Agreement:


Each Party represents, warrants, and covenants to the other Party to this Agreement
that:

a. Each Party is validly incorporated / constituted and existing and has the requisite
corporate and other requisite approvals for executing this Agreement and holds and will
keep in force the licenses and approvals required for performing their part of the
obligations hereunder.

b. The signature and delivery of this Agreement by each Party has been duly
authorized and performance by each Party shall not result in the breach of any terms
or provisions of any applicable law, charter by-laws or Agreement to which each Party
hereto is a party or by which is bound; and

c. This Agreement constitutes a valid and binding contract.

6. Applicable Law and Jurisdiction:


The terms of this contract shall be construed in accordance with the laws of India. All
disputes and differences of any kind whatsoever arising out of or in connection with the
contract whether during or after completion of contract shall be deemed to have arisen
at Mumbai and only court in Mumbai shall have jurisdiction to determine the same.

7. Terms:
Period of contract is for three years, however the Performance will be reviewed
annually and continued for further period, only if, the Performance of the contractor
is found satisfactory and discretion to renew the contract for further period will be
solely of the Bank.

8. Termination:

a.) Initial period of Contract shall be 12 months from date of commencement of work
and subsequent extension of contract for further period of one/ two years subject to
performance review on annual basis, if any, will be decided at the sole discretion of
the Bank on satisfactory services rendered by the Contractor. Bank reserves the rights
of not extending the contract beyond the said period. If the Contractor fails to perform
any of its obligations under this contract and if the Bank is not satisfied with the services
of the Contractor during the regular and extended period , Bank may terminate the
services of the Contractor, at any time by giving one month‘s notice in writing. In such
event, the Bank reserves the right to get the work done / services performed by another
agency or contractor of its choice. In that event, the Contractor is bound to make good
the additional expenditure, which the Bank may have to incur for the selection of

Seal & Signature of the Bidder


46

another contractor / service provider. Also, the Successful bidder undertakes to


continue to discharge his duties and obligations, until a new agency is engaged by the
Bank. This clause is applicable, if for any reason, the contract is cancelled during the
contract period including extension.

b). Bank shall not be liable for any cost/ damage/ expenses or any loss whatsoever
that the Contractor may suffer on termination of services by the Bank.

c.) Except for non-payment, in no other circumstances the Contractor shall have a
right to terminate this contract.

9. Insurance:
The Contractor shall cover all employees, servants and agents under his charge,
including waiver of their subrogation, for all statutory compliances like ESIC, PF,
Accidental, Life, Third Party and Property damage Insurances as specified in the tender

10. Indemnity:
a). The Contractor or any of their employees / officers / staff / personnel /
representatives / agents shall not, under any circumstances, be deemed to have any
employer-employee relationship with the Bank or any of its employees / officers / staff
/ representatives / personnel / agents

b). The Contractor shall indemnify and keep the Bank, it's directors, officers, employees
or agents indemnified and saved harmless against claims, costs, expenses (including
attorney‘s fees), damages, actions or proceedings bought or instituted against the Bank,
it's directors, officers, employees or agents by any of contractor‘s employees or any
other third person or authority in connection with relating to or arising out of the
performance of the services under this Agreement.

c). If for any reason, the Bank is obliged by virtue of the provisions of the Workmen's
Compensation Act, 1923 or Contract Labour (Regulation and Abolition) Act, 1970 or
Employees Provident Fund and Miscellaneous Provisions Act, 1952, any statutory
modification or re-enactment thereof or law relating to Performance of the services by
the contractors to pay compensation to workmen employed by the Contractor in
execution of work or providing services, the Bank shall be entitled to recover from the
Contractor the amount of compensation so paid and special damages for any
prosecution launched and/or penalty or punishment imposed.

Seal & Signature of the Bidder


47

11. Dispute Resolution:

a). The Bank and the Contractor agree that they will first attempt to resolve any
disputes regarding this contract through mutual consultation. However, if such
consultations do not result in satisfaction to either party within thirty (30) days after
one party has given written notice to the other to commence such consultations, then
either party may refer the dispute to arbitration. Any dispute, controversy or claim
arising out of or relating to this contract, or interpretation, breach, termination or
invalidity of any term hereof, shall be settled through arbitration in accordance with
the Arbitration and Conciliation Act, 1996 with revisions as applicable.

b) The arbitrators shall refer to the English text of this contract and all proceedings
shall be conducted in English. Three Arbitrators shall be nominated.

c) Union Bank of India and the Contractor shall each select one arbitrator and the two
arbitrators chosen by the parties shall select the third arbitrator as an umpire. The
Parties agree that the place of arbitration shall be Hyderabad , India. The arbitration
award shall be final and binding on both the parties.

d) The cost of the arbitration shall be borne by the losing party unless otherwise
determined by the arbitration award. When any dispute occurs, the parties shall
continue to exercise their remaining respective rights and fulfill their remaining
respective obligations under this contract.

12. Notices and other communication:

a). Any and all notices or other communications that are required or desired to be
provided to any Party hereto under this contract shall be provided in writing and sent
personally or by certified or registered post with acknowledgement due or e-mail duly
transmitted, facsimile / fax transmission (with hard copy to follow) or overnight courier
mail, addressed to the Parties at the addresses and fax number set forth on the
signature page.

b). Notices shall be effective receipt, except that notices send by registered post in a
correctly addressed Envelope shall be deemed to be delivered within 5 working days
(excluding Sundays and public holidays) after the date of mailing dispatch. In case the
communication is made by facsimile transmission, on the date of successful facsimile
transmission (that is, the sender has a hard copy of a confirmation page evidencing that
the facsimile was completed in full to the correct fax number). Any Party may change
the address and fax number to which notices are to be sent to it by providing written
notice to the other Party in one of the manners provided in this provision. Unless

Seal & Signature of the Bidder


48

otherwise expressly indicated in this contract, all references to "days" shall mean
calendar days.

13. Assignment:
The Contractor shall not assign or otherwise transfer any of its rights or delegate any
of its obligations hereunder in any form whatsoever without the written consent of
BANK. Any purported assignment or delegation in violation of the preceding sentence
shall be void and of no effect. This contract shall be binding on the Parties' legal
respectives, successors or permitted assignees or delegates.

14. Entire Agreement:


This contract along with tender and tender response by the Contractor collectively
constitutes the entire contract between Bank and the Contractor and supersedes all
prior and contemporaneous communications, understandings, representations and
negotiations, with respect to the services and other matters covered by this contract.

15. Amendment:
No variation, amendment, modification or waiver of any provision of this contract, nor
consent to any departure there from, shall in any event be effective unless the same
shall be in writing and signed by the authorized representative of each of the Parties
hereto, and then such waiver or consent shall be effective only in the specific instance
and for the specific purpose for which given.

16. Severability:
If any term or provision or clause of this contract is declared invalid, illegal or
unenforceable, the remainder of this Agreement shall be unimpaired and invalid, illegal
or unenforceable term or provision shall be replaced by such valid term or provision as
comes closest to the intention underlying the invalid term or provision and that term
or provision shall be enforced to the fullest extent permitted by law.

If the contractor is a Partnership or IN WITNESS WHEREOF The Bank and the


an Individual Contractor have set their respective
hands to these presents and two
duplicate hereof the day and year first
hereinabove written.

If the contractor is a Company IN WITNESS WHEREOF The Bank has set


its hand to these presents through its
duly authorized official and the
Contractor has caused its common seal
to be affixed hereunto and has caused

Seal & Signature of the Bidder


49

these presents to be executed on its


behalf through its duly authorised
representative / Power of Attorney on
the day and year first hereinabove
written.

Signature Clause

Signature Signature

(Bank) (The Contractor)

Address

Union Bank of India


5-9-11, Pattabhi Bhavan
Saifabad,
Hyderabad-500004

Bank The Contractor

WITNESSES WITNESSES

1 1

2 2

Seal & Signature of the Bidder


50

SUPPORT SERVICES DEPARTMENT, C O –ANEEX-HYDERABAD

Tender Ref No. SSD/ANNEX-HYD/ 04/2020 Date: 02.01.2021

PART-II OF THE REQUEST FOR PROPOSAL (RFP) -

PRICE BID

ANNUAL MAINTENANCE CONTRACT FOR PEST CONTROL SERVICES AT BANK’S


ADMINISTRATIVE BUILDINGS AND EXECUTIVE BUNGALOWS / RESIDENTIAL QUARETRS
IN HYDERABAD:

Contract Period: 1 Year from the date of award of contract extendable for another
two terms on yearly basis

ISSUED TO : _______________________________________

(Name of the Tenderer)


Address of the Tenderer :________________________________________
:________________________________________
:________________________________________

Contact Phone / Mobile no. :________________________________________


Tender Start Date :

Tender Start Date : 02.01.2021

Last date for submission : 22.01.2021 on or before 3.00 pm

Date of Opening of Tender : 22.01.2021 at 3.30 pm

Seal & Signature of the Bidder


51

SECTION II - PRICE BID


(On letter head of the contractor)
TENDER OF PROVIDING PEST CONTROL SERVICES AT BANK’S ADMINISTRATIVE
BUILDINGS AND EXECUTIVE BUNGALOWS IN HYDERABAD.

To,
Chief Manager,
Support Services Dept.,
Union Bank of India
5-9-11, Pattabhi Bhavan
Saifabad,
Hyderabad-500004

Dear Sir,

We have gone through the details of terms / conditions and nature of services of pest
control to be provided. We have visited all the sites/locations mentioned in the tender
document and got all necessary details. We have also noted the site/location of office
buildings/residential flats where only Internal Pest Control Services are to be provided
and site/location of office buildings/residential flats where both Internal + External
Pest Control Services are to be provided. Accordingly, total amount for rendering pest
control services for 1st year as per the terms & conditions of the tender document is
Rs._________________(Rupees_____________________________________
_______________) per annum (lump sum) + GST. The details of item-wise pest control
charges is mentioned in the enclosed Annexure II. This amount is inclusive of all
required material/equipment cost, pesticides, insecticides, rodent repellents, charges,
wages, all kind of taxes, duties, excise etc. excluding GST which will be paid on actual
as per prevailing rates.

In case, the Bank decides to extend my contract for further period, our charges will be
as under ( complete details are as per annex III AND IV of price bid ) :
Amt. in Rs. lacs
GST Grand Total per
Year Amount per Annum
Annum (Incl. GST)
2nd Year

( as per
annex III)

Seal & Signature of the Bidder


52

3rd Year

( As per
annex iv)

The details of item-wise pest control charges for 2nd year & 3rd year are mentioned
in the enclosed Annexure III & IV of the Price Bid . In case of variation between
grand totals arrived as per annex II, III AND IV to that of gross amount quoted above
, rates quoted in Annexures will be considered for evaluation .

We also confirm that the rates quoted above comply current minimum wages (Basic +
VDA) as applicable for the different category of workers as per Minimum Wages Act
being employed by me for the pest control services. The above rates include all required
material/equipment cost, pesticides, insecticides, rodent repellents, charges, wages,
all kind of taxes, duties, excise etc. excluding Goods & Service Tax (GST) which will
be paid on actual as per prevailing rates.

We understand that L1 contract will be finalized based on the total cost for three years
including GST .

GST Grand Total per


Year Amount per Annum
Annum (Incl. GST)
1st year
2nd Year

3rd Year

Total value of contract(for 3 Yrs including GST )

Price bid in any other formats will be rejected .

SIGNATURE OF THE CONTRACTOR

NAME OF THE COMPANY:

DATE:

SEAL:

Seal & Signature of the Bidder


53

Annexure-I of the Price Bid

GROUP ‘A’ GROUP ‘B’

Pest Control Required: Pest Control Required:

( Both Internal + External) (Only Internal)

Name of the building Builtup area Name of the Builtup area


building
Saifabad building 1,06,000 sft (including cellar )
Koti building 70,000 sft DIT premises 28,111 sft
Executive Bungalows in 1st bungalow :7,669 sft
Somajiguda 2nd bungalow :6,589 sft Residential Each with
3rd bungalow : 5,740 sft flats in area of 1000
Lakdikapool sft ( approx.)
Total extent of site : Ac 2.21 ( 6 flats )
cents
Residential quarters in Independent exclusive building
Saroornagar with stilt + 5 floors ( 20
residential flats).
Stilt area :6000 sft
Built up area of each floor :
5000 sft
Total area : 31000 sft (apprx)

Seal & Signature of the Bidder


54

Annexure-II of the Price Bid-1st Year ( RATES EXCLUDING GST )

I Price bifurcation for treatment in OFFICE PREMISES with WEEKLY periodicity

Sl Location Disinfestation & Rodent Control Total charges per


No termite treatment treatment ONE week
( a) ( b) (C=a+b)
1 Saifabad building
2 Koti building
3 DIT premises
Weekly charges (d) = sum of 1+2+3
Total weekly charges for 1st year
I = (d x 52 )

II . Price bifurcation for treatment in OFFICE PREMISES with FORTNIGHT periodicity

Sl Location Integrated Cockroach control treatment (a) Total charges per ONE
no fortnight (a)
1 Saifabad building
2 Koti building
3 DIT premises
Fortnight charges (b) = sum of 1+2+3
Total fortnight charges for 1st year
II = ( bx26)

III . Price bifurcation for treatment in OFFICE PREMISES with MONTHLY periodicity

Sl Location Fumigation / Fogging treatment – Total charges per ONE


no surrounding & open areas (a) month (a)
1 Saifabad building
2 Koti building
Monthly charges (b) = sum of 1+2
Total monthly charges for 1st year
III = (b x 12 )

IV .Price bifurcation for treatment in EXECUTIVE BUNGALOWS – SOMAJIGUDA with MONTHLY


periodicity

Sl Location General Rodent Integrated Fumigation Total


No disinfestation control cockroach / fogging charges for
& termite (b) control treatment one month
treatment treatment (d) (e=
(a) (c) a+b+c+d )
1 Somajiguda
Monthly charges (e)
Total monthly charges for 1st year
IV = e x 12

Seal & Signature of the Bidder


55

V . Price bifurcation for treatment in OTHER RESIDENTIAL QUARTTERS with BI MONTHLY


periodicity

Sl Location General Rodent Integrated Fumigation Total


No disinfestation control cockroach / fogging charges for
& termite (b) control treatment Bi Monthly
treatment treatment (d) services
(a) (c) (e=
a+b+c+d )
1 Saroornagar
2 Lakdikapool NA
Bi monthly charges (f) = sum of 1+2
Total Bi monthly charges for 1st year
V= f x 6

Grand total of 1st year charges for all types of


treatment and for all buildings ie for complete
scope of work as per tender

(I + II + III + IV + V AS WORKED OUT ABOVE )

Seal & Signature of the Bidder


56

Annexure-III of the Price Bid-2nd Year ( RATES EXCLUDING GST )

I Price bifurcation for treatment in OFFICE PREMISES with WEEKLY periodicity

Sl Location Disinfestation & Rodent Control Total charges per


No termite treatment treatment ONE week
( a) ( b) (C=a+b)
1 Saifabad building
2 Koti building
3 DIT premises
Weekly charges (d) = sum of 1+2+3
Total weekly charges for 2nd year
I = (d x 52 )

II . Price bifurcation for treatment in OFFICE PREMISES with FORTNIGHT periodicity

Sl Location Integrated Cockroach control treatment (a) Total charges per ONE
no fortnight (a)
1 Saifabad building
2 Koti building
3 DIT premises
Fortnight charges (b) = sum of 1+2+3
Total fortnight charges for 2nd year
II = ( bx26)

III . Price bifurcation for treatment in OFFICE PREMISES with MONTHLY periodicity

Sl Location Fumigation / Fogging treatment – Total charges per ONE


no surrounding & open areas (a) month (a)
1 Saifabad building
2 Koti building
Monthly charges (b) = sum of 1+2
Total monthly charges for 2nd year
III = (b x 12 )

IV .Price bifurcation for treatment in EXECUTIVE BUNGALOWS – SOMAJIGUDA with MONTHLY


periodicity

Sl Location General Rodent Integrated Fumigation Total


No disinfestation control cockroach / fogging charges for
& termite (b) control treatment one month
treatment treatment (d) (e=
(a) (c) a+b+c+d )
1 Somajiguda
Monthly charges (e)
Total monthly charges for 2nd year
IV = e x 12

Seal & Signature of the Bidder


57

V . Price bifurcation for treatment in OTHER RESIDENTIAL QUARTTERS with BI MONTHLY


periodicity

Sl Location General Rodent Integrated Fumigation Total


No disinfestation control cockroach / fogging charges for
& termite (b) control treatment Bi Monthly
treatment treatment (d) services
(a) (c) (e=
a+b+c+d )
1 Saroornagar
2 Lakdikapool NA
Bi monthly charges (f) = sum of 1+2
Total Bi monthly charges for 2nd year
V= f x 6

Grand total of 2nd year charges for all types of


treatment and for all buildings ie for complete
scope of work as per tender

(I + II + III + IV + V AS WORKED OUT ABOVE )

Seal & Signature of the Bidder


58

Annexure-IV of the Price Bid-3rd Year ( RATES EXCLUDING GST )

I Price bifurcation for treatment in OFFICE PREMISES with WEEKLY periodicity

Sl Location Disinfestation & Rodent Control Total charges per


No termite treatment treatment ONE week
( a) ( b) (C=a+b)
1 Saifabad building
2 Koti building
3 DIT premises
Weekly charges (d) = sum of 1+2+3
Total weekly charges for 3rd year
I = (d x 52 )

II . Price bifurcation for treatment in OFFICE PREMISES with FORTNIGHT periodicity

Sl Location Integrated Cockroach control treatment (a) Total charges per ONE
no fortnight (a)
1 Saifabad building
2 Koti building
3 DIT premises
Fortnight charges (b) = sum of 1+2+3
Total fortnight charges for 3rd year
II = ( bx26)

III . Price bifurcation for treatment in OFFICE PREMISES with MONTHLY periodicity

Sl Location Fumigation / Fogging treatment – Total charges per ONE


no surrounding & open areas (a) month (a)
1 Saifabad building
2 Koti building
Monthly charges (b) = sum of 1+2
Total monthly charges for 3rd year
III = (b x 12 )

IV .Price bifurcation for treatment in EXECUTIVE BUNGALOWS – SOMAJIGUDA with MONTHLY


periodicity

Sl Location General Rodent Integrated Fumigation Total


No disinfestation control cockroach / fogging charges for
& termite (b) control treatment one month
treatment treatment (d) (e=
(a) (c) a+b+c+d )
1 Somajiguda
Monthly charges (e)
Total monthly charges for 3rd year
IV = e x 12

Seal & Signature of the Bidder


59

V . Price bifurcation for treatment in OTHER RESIDENTIAL QUARTTERS with BI MONTHLY


periodicity

Sl Location General Rodent Integrated Fumigation Total


No disinfestation control cockroach / fogging charges for
& termite (b) control treatment Bi Monthly
treatment treatment (d) services
(a) (c) (e=
a+b+c+d )
1 Saroornagar
2 Lakdikapool NA
Bi monthly charges (f) = sum of 1+2
Total Bi monthly charges for 3 rd year
V= f x 6

Grand total of 3rd year charges for all types of


treatment and for all buildings ie for complete
scope of work as per tender

(I + II + III + IV + V AS WORKED OUT ABOVE )

Seal & Signature of the Bidder


60

COVID DISINFECTION TREATMENT – RATE ONLY ITEM

(On letter head of the contractor)


TENDER OF PROVIDING COVID DISINFECTION TREATMENT AT BANK’S
ADMINISTRATIVE BUILDINGS & RESIDENTIAL QUARTERS / EXECUTIVE BUNGALOWS IN
HYDERABAD.

To,
Chief Manager,
Support Services Dept.,
Union Bank of India
5-9-11, Pattabhi Bhavan
Saifabad,
Hyderabad-500004

Dear Sir,

We undertake to offer our quote for attending COVID disinfection treatment as per the
standard and approved process in your banks buildings , in case job is entrusted to us
with the following rates ( excluding GST ) :

1. Treatment process & chemicals for usage :

2. Rate per sft : _____________ ( Amount in words per sft _______________________)

We understand that the above price is invited as “rate only item” and hence it will
not be considered for arriving at overall cost for the scope of work for which tenders
are invited .

SIGNATURE OF THE CONTRACTOR

NAME OF THE COMPANY:

DATE:

SEAL:

Seal & Signature of the Bidder

You might also like